PanAfrican

EXPRESSION OF INTEREST FOR THE PROVISION OF ENGINEERING CONTRACTOR SUPPORT TO PANAFRICAN ENERGY TANZANIA LIMITED (PAET)

WhatsApp
Twitter
Email
LinkedIn
Instagram

Reference: PAT/E01/OPS/01/ 2023

Services Required.

(a) PanAfrican Energy Tanzania Ltd. a Producer, Distributor and Marketer of Natural Gas from the Songo Songo gas field in Kilwa District, Lindi Region hereby invites companies to express their interest to pre-qualify for the supply of the following Services under the terms of a Master Services Agreement (MSA) as a preferred contractor.

(b) The contractor is required to provide conceptual front end development engineering support to PAET (A Subsidiary of Orca Energy Group) initially for planning ongoing project development of the gas chain business for the company in Tanzania. This covers upstream, midstream and downstream activities for which work will be carried out under the terms of an MSA.
The requirement is for Front-End Loading Stages 1 & 2 (FEL 1 & 2). Credit in the assessment will also be given to Contractors who can demonstrate capability to carry out Pre-FEED and FEED activities in the FEL 3 stage prior to project FID although this is not the primary purpose of this contract.

The required services will cover, as a minimum:-

  1. FEL 1: Opportunity Assessment.
    1.1. Technical validation of development opportunities across technical skills areas. 1.2. Generation and initial screening of options to provide concept evaluation in FEL 2. 1.3. Preliminary ranking of opportunities to identify criteria for evaluation in FEL 2.
    1.4. Generation of concept reports and work scope definition for FEL stage 2.
  2. FEL 2: Opportunity Assessment
    2.1. Analysis of concepts developed in FEL 1 to confirm viability, benefits and costs of each case.
    2.2. Cost, benefit, and risk analysis of each option.
    2.3. Preliminary schedule development of each option.
    2.4. Development of full project Statement of Requirements (SOR)/ Basis of Design (BOO)for progress to FEL 3.
    2.5. Provision of inputs to economic analysis to identify the preferred concept(s) to advance to the project development stage. 2.6. Preparation of decision support packages and management presentations for stage gate decisions.
    2.7. Preparation of work scopes and tendering packages for Pre-FEED and FEED contracts.
  3. FEL 3: Project Definition (Optional)
    3.1. Completion of full basic engineering to define project for execution.
    3.2. Cost and schedule estimation to sanction (FID) quality level.
    3.3. Constructability review to identify construction issues that can have significant impact on design, cost and schedule. 3.4. Initial Project Execution plan for selected option.
    3.5. Assessment of key project risks and development of initial mitigation plans.
    3.6. Preparation of input for FID decision support package (Economics & Risk).
    3.7. Engineering Resource Plan – To identify all engineering resources needed for the project.
    3.8. Scope of Services – Detail of the services that will be required for Detail Design.
    3.9. Long Lead items list for procurement commitments at FID.
  4. Primary technical capabilities required
    4.1. Understanding of subsurface uncertainties and their impact on wells and facilities front end conceptual engineering.
    4.2. Facilities design covering gathering and processing facilities, infield flowlines and export pipelines in onshore and offshore settings.
    4.3. Geotechnical analysis for design and installation of onshore and offshore structures.
    4.4. Subsea engineering in shallow marine and transition zone settings.
    4.5. Design and build of low pressure gas distribution networks in urban settings.
    4.6. Definition and evaluation of both brownfield and greenfield projects for upstream oil and gas field development. Specific engineering competencies required: 4.7. Process design including optimal process flow sheets, process flow diagrams (PFDs) based on closed heat and material balances (H&MBs). 4.8. Instrument and control system design including Control Philosophy and control system specification (eg DCS / PLC) including relief valve sizing and specification. 4.9. Rotating equipment design, sizing and equipment specification. 4.10. Electrical and utilities philosophies, sizing and design to meet facility needs. 4.11. Complete, sized equipment lists detailing capacity, duty, dimensions, materials of construction, operating pressure, and temperature (including major utility and infrastructure equipment), Data sheets for long-lead equipment. 4.12. General arrangement drawings, equipment layouts and plot plans. 4.13. Development of Operations and Maintenance philosophies. 4.14. Conduct of HAZID and HAZOP studies and application of corrective action to reach final design approval.
  5. Capability to be demonstrated
    5.1. Interested parties will be required to provide evidence of prior experience in each of the areas defined above
    5.2. Experience of projects in Africa is desired and contractors should highlight their expertise of delivering conceptual and Front End Studies across the full gas chain

(c) This call for Eol signifies the start of an open, transparent, and objective pre-qualification process to bid for the services described. Selection of the preferred contractor will be based on the result of the pre-qualification process and contractors who have not completed the prequalification process will not be considered for award on an MSA.

(d) Parties are invited to notify PAET of their interest in taking part in the prequalification process in order to receive the package to complete for submission.

(e) Potential Bidders should be well-established and reputable companies and shall indicate that they are willing, capable, experienced, and competent in supplying the said Services preferably to the Oil & Gas Industries and or the Mining Industry. Failure to indicate clearly may result in disqualification.

(f) As part of the prequalification process potential bidders will be required to submit information to demonstrate their technical competency and relevant experience. As a minimum, this must include the following:
(i) Proof of experience in providing said Services preferably in the Oil & Gas industry and or Mining Industry.
(ii) Proven relevant technical capability.
(iii) Proof of QHSE standards, i.e., Certificates of registration with a recognised institutions such as ISO standards for quality, health, safety, and environment, Safety Management System with the following; Company HSE Policy and Compliance Certificates, Incident/Accident reporting procedure, safety statistics for three years, risk assessment of operations, Safety plans, appointed safety professionals, representatives and committee, accident / incident investigation process, flight crew trainings and intervals of trainings, management of change process and safety assurance program.
(iv) Proof of financial capability (provide latest approved audited financial statements for the past 3 years) and a Comfort Letter from your Bank.
(v) Current Certification, ratings and credentials for the Contractor.
(vi) Current approved ESG policy for international companies. (For Local companies this will be an added advantage)
(vii) Completion of screening pack Checklist provided by Company.

(g) All correspondence regarding this enquiry shall be in writing and communicated by e-mail via the emails provided below, otherwise the potential bidder may be disqualified from tendering at the sole discretion of PanAfrican Energy Tanzania Limited.

(h) Interested Parties may obtain full Eol Pre-Qualification package by writing to the email addresses given below.

(i) All submissions must be considered ‘commercial in confidence’. Documents should be password protected, with passwords submitted via separate email.

(j) Deadline for notification of interest is on Tuesday, 4th April 2023 at 2pm, EAT. Any E01 submitted after the deadline will be disqualified.

(k) Deadline for submission of prequalification package is on Friday, 21st April 2023 at 2pm, EAT. Any submission made after this deadline will be disqualified.

Physical E01 / prequalification package to be delivered to the following address:

PanAfrican Energy Tanzania Limited Offices in Oysterbay, Oyster Plaza, 5th Floor, Haile Selassie Road, P.O. Box 80139, Dar es Salaam, Tanzania, Attn. Bizimana Ntuyabaliwe, Deputy Managing Director.

Electronic E01 / prequalification package to be sent to the following emails: ([email protected]) and a copy to ([email protected]) and ([email protected]) on the last day of submission.

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related